HomeMy WebLinkAboutReg 2024-08-05 Item 5D - Contract Amendment #1 - Sewer Lift Station #5 Retrofit with PACE Engineers for $129,476.30COUNCIL A GRNDA SYNOPSIS
Initials
Meeting Date
Prepared Iy
Mayor's review
Council review
08/05/24
JR
ITEM INFORMATION
ITEM No.
5.D.
STAFF SPONSOR: ADIB ALTALLAL
ORIGINAL AGENDA DATE: 08/05/24
AGENDA ITEM TITLE Sewer Lift Station 5 Retrofit — Construction Management Supplement
Contract No. 23-019, Amendment #1
CATEGORY ❑ Discussion
Mtg Date
11 Motion
Mtg Date 08/05/24
❑ Resolution
Mtg Date
❑ Ordinance
Mtg Date
❑ Bid Award
Mtg Date
❑ Public Hearing
Mtg Date
❑ Other
Mtg Date
SPONSOR Council QMayor ❑HR DCD Finance EFire ❑TS ❑P&R Police ®PWV Court
SPONSOR'S Due to the complex nature of lift stations, we will need the services of specialty inspectors,
SUMMARY such as electrical and geotechnical inspectors. We will also require the services of the
project engineer from PACE if assistance is needed in interpreting the project documents.
Council is being asked to approve a supplemental agreement for construction management
services with PACE in the amount of $129,476.30 for the Sewer Lift Station 5 project.
REVIEWED BY 11
LI
DATE:
Trans&Infrastructure ❑ CommunitySvs/Safety ❑ Finance Comm. E Planning/Economic Dev.
LTAC ❑ Arts Comm. ❑ Parks Comm. [1 Planning Comm.
07/22/24 COMMITTEE CHAIR: ARMEN PAPYAN
RECOMMENDATIONS:
SPONSOR/ADMIN. Public Works Department
Comm IIEE Unanimous Approval; Forward to Regular Consent Agenda Meeting
COST IMPACT / FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$129,476.30 $550,000.00 $0.00
Fund Source:
Comments: 2023 CIP, Page 67
MTG. DATE
RECORD OF COUNCIL ACTION
08/05/24
MTG. DATE
ATTACHMENTS
08/05/24
Informational Memorandum dated 07/19/24
2023 CIP, Page 67
PACE Supplemental Agreement
Minutes from Transportation and Infrastructure Committee meeting of 07/22/24
37
38
TO:
FROM:
Thomas Mcleod, Mayor
INFORMATIONAL MEMORANDUM
Transportation and Infrastructure Services Committee
Adib Altallal, Utilities Engineer
CC: Mayor Thomas McLeod
DATE: July 19, 2024
SUBJECT: Sewer Lift Station 5 Retrofit — Construction Management Supplement
Project No. 92340201
Contract No. 23-019, Amendment #1
ISSUE
Approve supplemental agreement for Contract No. 23-019 with PACE Engineers for the Sewer Lift
Station 5 Retrofit project.
BACKGROUND
Sewer Lift Station 5 is located near the 1-405 ramps at Interurban Ave S, along Fort Dent Way. The
sewer lift station was originally constructed in 1980 and later updated in 2000. No significant
improvements have taken place since. The pumps, fittings, and electrical components have neared
their useful life and have resulted in an increased need for maintenance. The existing pumps are
obsolete, and the electrical components will need to be brought up to code to prevent unsafe access by
City staff. Rebuilding Sewer Lift Station 5 will reduce maintenance costs and reduce the risk of failure.
DISCUSSION
The Sewer Lift Station 5 design portion of the project went according to plan and was under budget and
on time. We were also successful in advertising the project as the bids came in below the allocated
budget. To save further money, our Capital Improvement Inspector will act as the primary inspector for
the Sewer Lift Station 5 project. Due to the complex nature of lift stations, we will also need the services
of specialty inspectors, such as electrical and geotechnical inspectors. We will also require the services
of the project engineer from PACE if assistance is needed in interpreting the project documents.
FINANCIAL IMPACT
The contract supplement is for $129,476.30, which will bring the contract total to $366,277.55 for the
construction management services portion of the Sewer Lift Station 5 Retrofit project. The project costs
are within budget and are 100% funded by the sewer enterprise fund.
Original Contract
Supplement Contract
Total
PACE Contract
$236,801.25
129,476.30
$366,277.55
2023-2024 Design Budget
$550,000.00
RECOMMENDATION
Council is being asked to approve a supplemental agreement for construction management services
with PACE in the amount of $129,476.30 for the Sewer Lift Station 5 project and consider this item on
the Consent Agenda at the August 5, 2024 Regular Meeting.
Attachments: 2023 CIP, Page 67
PACE Supplemental Agreement
39
40
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2023 to 2028
PROJECT: Sewer Lift Station No. 5 Rebuild Project No. 92340201
DESCRIPTION: Rebuilding of sewer lift station 5 will reduce maintenance costs and reduce the risk of failure.
Aging sewer Iift station requires the replacement of motors, pumps, and controls at older lift statans to red
JUSTIFICATION:
maintenance.
The sewer lift station has been seeing a lot of issues with maintenance of pumps and motors. The existing
STATUS:
panels and valves are in a confined space and will need to be moved to grade for safer access.
MAINT. IMPACT: New pumps will reduce the liability of the existing pumps that are obsolete and prone to fail.
COMMENT: Additional right-of-way or property will be required for the new backup generators to be installed.
u
FINANCIAL Through Estimated
(in $000"s)
EXPENSES
Design
Land (RNV)
Const. Mgmt.
Construction
TOTAL EXPENSES
FUND SOURCES
Awarded Grant
Proposed BondfULID
Mitigation Actual
Mitigation Expected
Utility Revenue
TOTAL SOURCES
2021 2022 2023
0
0
250
50
1,000
1,300
2024 2025 2026 2027 2028 BEYOND TOTAL
50
200
1.000
1,250
0
0
0
0
300
0
250
2,000
2,550
0
0
1,300
1,300
1,250
1,250
0
0
0
0
0
0
0
0
0
0
0
0
2,550
2,550
,,,,•,,,,, Project Locatfon
,, ...,
- ,
_
0. ' _L.
.......„.......,
..
,.'.
I
" 0101111IL
55.
1
4
, •
:'
IN, P.
_
;,.. '
J.
.
ill
\
' . P i
0 .. LttLy ciLL
ig
' u tan
47 .
, 1
2023 - 2028 Capital tryaroveme.nt Program
41
42
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number:
CONTRACT FOR SERVICES
Amendment #1
Between the City of Tukwila and PACE Engineers
That portion of Contract No. 23-019 between the City of Tukwila and PACE Engineers is hereby
amended as follows:
Section 3: Duration of Agreement; Time for Performance. This Agreement shall be in full force
and effect for a period commencing upon execution and ending December 31, 2025, unless
sooner terminated under the provisions hereinafter specified. Work under this Agreement
shall commence upon written notice by the City to the Consultant to proceed. The Consultant
shall perform all services and provide all work product required pursuant to this Agreement
no later than December 31, 2025 unless an extension of such time is granted in writing by
the City.
Section 4: Payment. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit
"B" attached hereto, provided that the total amount of payment to the Consultant shall
not exceed $366,277.55 without express written modification of the Agreement signed
by the City.
All other provisions of the contract shall remain in full force and effect.
Dated this
day of , 2024.
CA Reviewed May 2020
Page 1 of 2 43
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number:
CITY OF TUKWILA PACE ENGINEERS:
Thomas McLeod, Mayor
By:
Printed Name:
ATTEST/AUTHENTICATED: Title:
Andy Youn, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
44 CA Reviewed May 2020
Page 2 of 2
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number: 23-019
Council Approval 2/13/23
PROFESSIONAL SERVICES AGREEMENT
(Includes consultants, architects, engineers, accountants, and other professional services)
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and PACE Engineers, hereinafter referred to as The Consultant", in
consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform design services in
connection with the project titled Sewer Lift Station No. 5 Rebuild.
2, Scope 9f Services, The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3 Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31, 2024, unless sooner
terminated under the provisions hereinafter specified. Work under this Agreement shall
commence upon written notice by the City to the Consultant to proceed. The Consultant shall
perform all services and provide all work product required pursuant to this Agreement no later
than December 31, 2024 unless an extension of such time is granted in writing by the City.
4. Payment, The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit
"B" attached hereto, provided that the total amount of payment to the Consultant shall not
exceed $236,801.25 without express written modification of the Agreement signed by the
City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shalt be made
to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its ascertainment and verification by the City after the completion of
the work under this Agreement and its acceptance by the City.
D. Payment as provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary to
complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request
45
5. Ownership and Use of Documents. Ail documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances
and regulations, applicable to the services rendered under this Agreement.
7. Indemnification, The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and damages
caus by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage provided
by such insurance, or otherwise limit the City's recourse to any remedy available at law or in
equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury
and property damage of $1,000,000 per accident. Automobile Liability insurance
shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be
written on Insurance Services Office (ISO) Form CA 00 01 or a substitute form
providing equivalent liability coverage. If necessary, the policy shall be endorsed to
provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $2,000,000 each
occurrence, $2,000,000 general aggregate, Commercial General Liability
insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop -gap independent contractors
and personal injury and advertising injury, The City shall be named as an
additional insured under the Consultant's Commercial General Liability insurance
policy with respect to the work performed for the City using an additional insured
endorsement at least as broad as ISO endorsement form CG 20 26,
3. WorkersCompensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised May 2020
46
Page 2
4. Professional Liabilitywith limits no less than $2,000,000 per claim and $2,000,000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultant's profession,
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher
insurance limits than the minimums shown above, the Public Entity shall be insured for the
full available limits of Commercial General and Excess or Umbrella liability maintained by
the Contractor, irrespective of whether such limits maintained by the Contractor are greater
than those required by this Contract or whether any certificate of insurance furnished to
the Public Entity evidences limits of liability lower than those maintained by the Contractor.
C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they shall
be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance
pool coverage maintained by the City shall be excess of the Consultant's insurance and
shall not be contributed or combined with it.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
E. Verification of Coverage. Consultant shall furnish the City with original certificates and a
copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Contractor
before commencement of the work. Upon request by the City, the Consultant shall furnish
certified copies of all required insurance policies, including endorsements, required in this
Agreement and evidence of all subcontractorscoverage.
F. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due
the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto, Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or otherwise
deducting federal income tax or social security or for contributing to the state industrial
insurance program, otherwise assuming the duties of an employer with respect to the
Consultant, or any employee of the Consultant.
10, Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this warrant,
the City shall have the right to annul this contract without liability, or in its discretion to deduct
from the contract price or consideration, or otherwise recover, the full amount of such fee,
commission, percentage, brokerage fee, gift, or contingent fee,
CA revised May 2020
Page 3
47
11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin,
age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation,
the presence of any disability, or any other protected class status under state or federal law,
in the selection and retention of employees or procurement of materials or supplies.
12. Assignment The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non -Waiver. Waiver by the City of any provision of this Agreernent or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days
written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement between
surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and agree
that venue shall be properly laid in King County, Washington. The prevailing party in any such
action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising
from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severabillty and Survival, If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any other
provisions hereof and all other provisions shall remain fully enforceable, The provisions of this
Agreement, which by their sense and context are reasonably intended to survive the
completion, expiration or cancellation of this Agreement, shall survive termination of this
Agreement.
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
PACE Engineers
11255 Kirkland Way #300
Kirkland, WA 98033
18. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
CA revised May 2020
48
Page 4
DATED this 17th day of February , 20 23
CITY OF TUKWILA
Key: 40266ff6-fc1 a6914839034e9a126e
Allan Ekberg, Mayor
2/17/23
PACE Engineers:
By: --- - /21 C,g�
Printed Name:
Kenneth H Nilsen
ATTEST/AUTHENTICATED: Title:
eSignad via Seamleaer eee rem
C` h tt1 O /(Orhe/t.J
___-- Key: 5,2463a f817e 4006 6°98 f8f4391v2adal
Christy O'Flaherty, City Clerk
APPROVED AS TO FORM:
eSicnecl via 3eamlessDocs.com
Office of the City Attorney
President
CA revised May 2020
Page 5
49
50
Scope Services
of Professional C* d Engineering Services
Lift Station No. 5 Design Retrofit
JUne] 2072
Project Understanding
TheCity ofTukw||awould like toretrofit the existing sankarysewer Lift Station No. 5. The existing lift station
is avvet/drywe|| station that is reaching its useful life. Due tothe fad that the exist|ngvvetvwe|| does not
have sufficient space toallow for electrical upgrades that will meet current regulatory requirements, the
City would like to abandon the existing drVwell and construct an above ground electrical shelter with new
electrical controls, construct a new meter vault and install new submersible pumps rehab the existing wet
well and install miscellaneous site improvements.
Scope of Work
A detailed proposal consisting of fourteen (14) tasks follows. This proposal includes necessary civil,
structural, survey, electricaland geotechnical services through Lhedesign phaseofthis project. Aseparate
scope of work and budget for construction administration will be prepared prior to bidding the work and
will be based onthe Oty'sneeds.
PACE will be the prime consultantforthe entire Scope of Work and will oversee and administer all work on
the project. PACE will complete all civil, survey and permitting services in-houpe and will subcontract with
Follett Engineering for electrical engineering and 4EO for geoteChnica| evaluations, C\ua|kV [mating
Inspections and Consulting will also be utilized in the preparat|on of coating specifications for the Lift
Station wet well upgrade and for inspection of coating applications cluringthe construction phase.
Task Management
PACE will provide administi-ation and coordination of the project, Hhefo||mwing items are included in this
task:
1. Attend coordination meetings with the Qty. It is anticipated that up to meetings will be he|d.
Major design review meetings will be held in -person with other review meetings to be done via
Teams. The following major review meetings are anticipated:
a. Schematic Design Review
b. 3D96Design Development Review
c. 6096Des|gn Development Review
d. 90% Design Development Review
Z. Conduct one field reconnaissance ofsite with the design team and City staff.
3- Review existin� information provided bythe[ity—as-builts, maintenance records., etc,
4' Coordination with subconsu|tants.
5' In-house project �,';drninistration' scheduling, and direction Of design team staff.
6. Preparation ofmonthly progress reports.
51
LS5Retrofit
Scope of Work
Page 2
Task Z—Topographic SW
PACE will provide a topographic and boundary map showing all locatable utilities and surface conditions,
environmental constraints and other relevant iLerns at the following locations:
I he following iterns are included in this task-
1, Re search and confirm primary contro| points for use on the project,
Z- Establish horizontal and vertical control work points a|ongtheroute.
3' Survey the corridor I ocating surf ace imp rovempnts, type of mate ria I and ch a nges in Plevat ion.
4' All identifiable underground uh|iUesvvd|besurweyed^based nnsurface indications, radiofnequency
locating and readily avai|able nnapsfrom the service provider.
5. The rights of way and adjoining properties will be calculated from record information and
recovered monuments.
6. lhe survey/ base mapwill be prepared in AutoCADat a scale of 1' = 2LY, showingthe rights of way
and lot lines, two -foot contours, and surveyed features. Other features from City G|S data
(sensitive areas, setbacks, etc, will may be included to augmentthe survey).
PACE will provide the City with an AutoCad drawing and pdf of the basemap,
Task 3-Geotechnica|Evaluation
AES| will provide a gectechnica| evaluation of the LSNo. 5 site . Th|seva|uetion will include one soil bunng
12fee1 deep in the vicinity ofthe new meter vault and prepare a geo1echnica| design memorandum (See
the attached Scope of Work, from AESI for, more details on the geotechnical evaluation)
lasx4 -Easement Preparation and Acquisition
It is assumed that the project wiIII not require any permanent ortemporary construction easements, If that
isnot the case any requiredwork will beonatime and expense basis.
Task 5—Public Involvement
PACE will provide support to the [ity, for the public involvement process. This includes preparing
information for and attending one community meeting. The comrn unity meeting will befor-the businesses
in the project vicinity. I he City will be responsible for setting up the meeting time and location and notifying
the businesses. PACE will prepare a written summary of the community meeting. Additional public
involvement maybereqoiredforthe5EPAprocessandis|nincluded inTask2U.
Task 6 —Conceptual Design
Based onthe. sitesurvey PACEwill prepare kip to 3-conceptual alternatives for ILS No. 5 for City review and
c.Vmment.5p�[if|cbemSre(lUpS(-�dbythe City indude:
w Replace the two e%i3[ing veMic@lLurbiDe pUrnpsfnornthe dryvoeli with twosubrnePSible
punipSlocated within the \metwxe||
• Painting nfthe wet well
• /\ new electrical control and instrumentation building
• Additional site lighting
xopr.:/mukwi|awashpm�m�������������
�P��Bm�)1�� ��o��� Agenda
b0�mn�/7 7|�U2-0�-��.K.iAt���dy� mom.�[}��i�o��o|o�c�Wor
k 5_060122xjcwx
u
52
LS 5 Retrofit
Scope of Work
Page 3
Potential relocation of the existing generator based on the site layout
Replace the existing lawn within the median with a hard surface that does not requre
frequent maintenance
Paint the curb around the median (it is assumed it can be retained). The City will provide
covers over the existing bollards
Remove the irrigation meter and upsize the second water meter to a 2-inch meter for
greater capacity. This may require a new PRV and backflow preventor
Evaluate the antenna for the telemetry
Replace the existing flow meter within a new ault, preferably outside of the travel lane if
possible.
Install a new yard hydrant for washdown of the facility
Task 7— Schematic Design (30 % design)
Based on the City's selection of the preferred layout based on the conceptual designs, PACE will prepare a
schematic design of the proposed improvements for the lift station retrofit. PACE will also prepare an
estimate of probable construction costs for City review and comment. This work includes:
1. Schematic layout of the new rneter vault
2. Schematic retrofit of the existing wet well
3. Schematic layout of the new electrical control shelter
4. Schematic layout of proposed improvements
5. Prepare budget -level construction cost estimate.
Task 8— Design Development Plans (60% Plans, icIficatbnsand Estimates)
Based on City comments on the Schematic Design, PACE will prepare Design Development Plans (63%) of
the improvements. We will also prepare an outline of the specifications and prepare an estimate of
probable construction costs for City review and comment. This work includes:
1. Recommendations for bypassing the flow during construction.
2. Design of the new meter vault
3. Design of the new wet We I I retrofit
4. Design of the electrical control shelter
5. Design of the site improvements discussed in Task 6
6. Outline of the proposed specifications using APWA/WSDOT forma
7. Prepare budget -level construction cost estimate.
Task 9— Electrical Plans/Telemetry and Specifications.
Follett Engineering will evaluate the project and will provide plans and specifications for site power needs
as well as the required communications and controls for Lift Station No .5. It is assumed that we will utilize
the existing generator. Specific items are as follows:
https://tukwilawa.sh pointcom/silmpublicwcrdisiongineering/PW crop Bcx/0I TIC Agenda/2023 Agenda
Items/TIC 02-06-217. Lift Station No. 5 Design Contract/Scope of Work LS 5_060122.doex
53
LS5Retrofit
Scope of Work
Page 4
Electrical P
Follett Fn�neering will prepare the fodowing electrical design and evaluation:
w Deiernnine/conf|nmthe adequacy ofthe existing generator for the new submersible pump design
w Work closely with City for design and installation of Calvert Technical Services controls.
w Prepare preliminary electrical drawings.
w Prepare apreliminary construction cost estimate nfthe above items.
° SumnMahzethe above itemsinaTechnical Memocandum-
Final Electrical 6-|an
Follett Engineeringwifl prepare the final electrical design and appurtenances based upon review comments
from the City. The final electrical design includes the demolition of all electrical and |&[ equipment and
replacement with all new e|ecthca| equipment including the motor control center and ATS and aN new
controls and instrumentation and provide aTechnical Memorandum out|iningthevarious options including
costs tothe, City for, their review and Approval Ofthe recommended alternative, Follett Engineering will
prepare construction level plans and specifications based upon City review comments.
Task ID-SEPA
PACE w ill pre pa re a SE PA checkl ist for t lie proposed work. It is assu med that t lie City w 111 act as its ow n lead
agency andwill issue theDeterm|nation. |tisassumedthat theCity m/i|�mai|andpos*theSEPAdocuments
inaczordanoevv�thSER4nequirementx.PACE vui||assist theCity vvithapubUchear! ngtosn|idtcommenton
the SEPAdetermination ifrequired,
Task I1—Perm Ittirg
PA[EvviUcoordinatem/iththenequiredpermitK|ngagemdesandprepareaUnecessarVpermitapp|ications.
This task will be initiated early in the design process, based on the 6O96Design Development plans. It is
assumed that the City of Tukwila Park Right -of -Way Use Permit wiQ be the only permit required for- this
project.
We assume that all permit fees to be paid directly by the City.
Task I3-Construction Document Development<1O0% Plans and
PACE will provide construction level documents based upon City comments frorn the Design Development
(601Xop|an review). At this stage *vewill also have developed fa�dycomplete project specifications. We will
utilize contract documents and general provisions from past City projects and will create specific technical
specifications as needed. We anticipate the pmq�ec\vv||| bid as one schedule and that the bid documnenis
vui||bebasedonthemostrecentVVash|ngtonStateDepartmentofTransportation^StandardSpecif|cations
for Road, Bridge and Municipal Cnnxtruction^, It is assumed that based on the [ity^srewiew of these
documentstherevvi||beonesetofrevisionstoge{thedocument»^Bid-Ready~
Task]B-QA (Quality Assurance)
|nordertoassurethat the f|na|p|ansand specifications are corn p|ete,accurate andappropriate, PACE vv|U
conduct a Quality Assurance rev�ew of the documents prior to each submittal to the City. The reve`mwill
consist of a complete sheet -by -sheet and contract document review to assure the City that thedocuments
meet the "standard level of care' of our industry.
x(1pG:/Avkwi|uwa,sh poinucnm/ske,%/public~mka^on0in ingJPW orc)p£8ox/)1 vC Ageodu/2023 Agenda
bemns/7|CU2-06-23/7.Lift Station No. 5 Design Coo1ract/Scop:ofWork LS 5_060122xjowx
54
LS 5 Retrofit
Scope of Work
Page 5
Task 14— Management Reserve Fund
If directed by the City. PACE will provide services needed to assist the City with tasks related to this
project that were not specifically addressed in this scope of work. When requested by the City, PACE will
provide a scope and budget for the task identified by the City. PACE will not proceed with the task until
written authorization has been provided by the City.
Task 15— Construction Services
This task includes management of the project during the bidding and construction period. We have not
included a budget herein for construction services; however., PACE is available to provide construction
services as needed,. PACE will prepare a construction administration proposal following completion of
design and once the City's needs are known. Some of the services that couId be provided under this task
include the following:
1. Bid the project through a bidding service such as Builders Exchange.
2. Answer questions during the bidding period.
3. Issue addenda as necessary.
4. Attend a pre -did meeting as required.
5. Attend the bid opening.
6. Conduct reference checks of the low bidder and prepare recommendation of award.
7. Attend and direct the pre construction conference and provide meeting minutes to all attendees.
8. Review material submittals for compliance with contract documents.
9. Provide construction staking for the improvements.
10. Review, approve and prepare contract pay estimates.
11. Prepare change orders as necessary, including all documentation and coordination with the
contractor.
17. Attend and conduct construction meetings as required and prepare and distribute meeting notes.
13. Monitor construction to determine contractor compliance and prepare all letters and
documentation regarding same. We assume that the City would provide an inspector for the
project and PACE staff would visit the site as necessary.
14. Address construction questions as they arise.
15. Prepare punch lists and conduct final inspection, and prepare recommendation of project
acceptance.
15. Prepare As -Built drawings.
PROJECT COSTS
The costs associated with the above described work are shown on the attached spreadsheet.
Ntos://tukwilawa.sh. ;pointcom/silesipublicwasisionginooring./PW Drop Box/01 TIC Agenda/2023 Agenda
Items.MC 02-06-23/7. Lill Station No. 5 Design Contract/Scope of Work LS 5_060122.docx
55
56
PACE Engineers
Project Name
Project 4::
Lift Station 85
lillrg Group rel
EXHIBIT B
Project Budget Worksheet - 2023 Washington Standard Rates
ocation:I Tukwila - Fort Dent j Prionarl Py,
Tank
KHN
12/20/2022
Staff Type 8(See Labor Rate.s Table)
Staff Type Hourly Rate
Drawing/Task Title
Task 1 -Project Management
Coordination Meetings (4-total)
Field Revievaecords Research
Team Coordincl subs/invoicing
Task 2- Topographic Survey
Task 3 - Geotechnical Evaluation
Task 4 - Easements (NIC)
Task 5 - Public Involvement
Task 6 - Conceptual Design
Task 7 - Schematic Design (30%)
Task 8 - 60% Plans
Specifications
Cost Estimates
Task 9 - Electrical & Telemetry
Task 10 -SEPA
Task 11 - Permitting
Task 12 - Construction Documents
Task 13 - QA
Task 14 - Management Reserve Fund
Task 15 - Construction Services (MCI
lours Total
Labor To!a1
xp
Postage/Courier
Printing Costs
Photo/Video
Mileage/Travel/Per Diem
Miscellaneous
Labor Hours by Classification
Labor
Code
job
Title
1 12 1 33 1:
S272 6225 5182
Sr.
Engfneer
8
2
12
8
4
4
4
8
1
1
2
1
4
16
Project
Manager
8
4
8
1
2
8
16
12
24
8
2
8
8
4
48
Sr. Planner
16
24
12
8
14 66
8195 61'95
Project
Enginee.r
4
16
16
24
8
6
6
48
. ........
Sr. Project G15.
A"ayst
2
4
74
6
CAD Tech III
8
16
40
48
64
19 1 41 11 43 '1 58 I 113
S210 6225 8210 6238 6556
Sr. Structurai
Engineer
4
12
24
4
��' �
118
5142
Principal Survey Project Two -Person Sr. Project Act
Surveyor Manager Crew Survey Tech V .mitsstrator
11
20
16
16
Hour
Total
Dollar
Iota]
16 0 $3,976
0 0 52,224
20.0 $5,064
50 0 $10,241
3 0 $722
40.0 $8,136
54.0 610,694
/6,0 $13,988
112.0 $21,176
40,0 $7,808
9.0 $1,892
15.0 $3,242
4 42.0 $8,050
17 0 $3,356
24 220.0 $41,136
20.0 $5,192
176.0!
S20,612 S36,225 $10,920 1, $24,960 1 61,170 1 627,456
76.01 161.01 60.01 128.01 6.01
rase/unit
Relmbursable
Quantity Cost
6500.00
File; Tukwila LS #5_revised122022, Fee Worksheet
44.01 2.01 11,01 20.01 16.01 44.0
S9,240 1 S450 1 52,310 1 54,760 1 $2,496 66,248
Please note this project is budgeted as a whole and not by tagk.
bconsultan
Utility 'Locate
GeoLechnrcat -Engineer
Electrical Engineer
City Provided - Calvert;
'Subconsultant Subtotal
Markup
S2,000
69,750
$44,245
55,995.00
15%
Total 654,394.25 I
Page 1 of 1
PACE S'illecr Labor Total
Reimbursable expenses
Subconsultants
Maragement Reserve Fund!
Surtget Reconcilatior LtS 4&12
Total Project Budget
744.0
$146,907.00
S146,907.00
6500.00
T64,3 4 25
S15,000.00
a 10,000,00
$236,801.25
Printed; 212812023, 9;40 AM
PACE Engineers
Project Name
Project #:
Staff Type 5 (See Labor Rates Table)
Staff Type Hourly Rate
Staff Name
Drawing/Task Title
Labor
Coda
job
Title
Teak 1 - Project Management
Bid Assistance
Addenda
Tea r Invoic ing (assumes 8 months)
Task 2 - Construction Ad miniatradon
Pre -Construction Fleeting
Shop Drawing & Submittal Review (25 Reviews)
REP Review and Responses (10 RFts)
Pay Application Review & Preparation (a s surn e s 8)
ChangeOrder Review & Preparation (assumes 2)
Task 3 Conatruction Inspections
Constructkin Meetings
Site Visas (max. 10 visits)
Teak 4 GeotechnIcist
Task 5 Electrical Sil pool (aee costa belov4
Ta.k6 Project Ctoaeout
Purichlist & Final Inspection
As-Builts
Hours Total
Labor Total
Project Budget Worksheet - 2024
LIR Station #8 Retrofit - CE SerWries
to cat ion:I
tisitaila, WA
I Prepared By:
Date:
K Mien
3415
I Billing Group #1
Task id I
8d20/20:74
La bar hours by Classification
1i
-
12
„
-, 16 i 76 19 E. via
Hour
Total
Dollar
Total
_.a,..
$236
$166
$151 ...
$222 ...
St 61 ...
Sr.
Structural
Eng i Re er
Sr. Project
Administra
for
Sr.
Principal
Engineer
Project
Manager
Engineering
Staff il
CAD Teoh
li
•
- -
: i • i - • • .
5
•
8
- •
8• : ! 2 i I - • • -
23.0
$4.974.00
2
I 4
i . • I ; • • -
:
20.0
83.762.00
4
:
• • • •
• • i i I i •
12.0
62,480.00
,
- • • , , , , • • -
2
! 2
2 4 ! • E I I E • -
• •
8.0
$1.716.00
8I
12
24 : • . : : • . • . - .
52.0
510,920.00
6
62
16 2 4 2
E
34.0
67,002.00
4
E
62
E E E E E E I
16 I 2 I I 2
26.0
85.236.00
2
6i
12 i 4 i 5 2 1 ; ; •
' •
' '
26.0
$4.902.00
:
- • • ; : ! ; • . -
i 24 : •
• i i I i •
• •
32.0
66.886.00
5
12
E 28
45.0
88.944.00
2
:
1 4 : ' I 1 1 I ' • '
• '
6.0
61,240.00
2
:
4 : • . : : - . - . - .
6.0
$1,240.00
2
8I
16 : : 4 ' ' = • • -
30.0
66.024.00
2
1 2
8 12 1 2 i
26.0
$4,636.00
E • . -
- i i i • • -
46.0
$13,248
74.01
617,612
169,616.01 16.0E 10.0.
1 , • • ' -
2 629,880 : $2,718 : 03,906 2 $1,510 :
346.0
$88,884.00
Expenses
Project Administration
Postage/Courier
Print ing Costs
Ph otofVkeo
Mil aege/Trave ['Per Diem
Misc ell 8 tleOLIS
rate/unit
330.00
Reimbursable
Quantity Cost
0 $460.00
Total
I $480.00
Tukwas 155 -CE services fee estimat, Fee Worksheet
S ubconeuttants
Ut[I1y Locate
Mechanical Engineer' - - - - —
Electrical Engineer 1 $37,000
Geotec Nike Engineer $15,202
I & C Engineer
Suboo =titan t Subtotal; 82,20200
Markup 15%
Total' $60,032.30
Page 1 of 1
PACE Billed Labor Total
Reimbursable Expenses
Su bcon suttents
Total Project Budget
Printed: 6121/2024, 11:15 AM
PROJECT DESCRIPTION
This project will provide construction support to the City of Tukwila for the PACE -designed
improvements to the Sanitary Lift Sation #5 near Fort Dent Park. Construction of an above ground
electrical building with new controls and installation of a new meter vault and new submersible
pumps, piping, and valves. The project includes rehab work (demolition, cleaning, and coating) in
the existing wet well, installation of miscellaneous site improvements, relocation of the existing
generator, and other work necessary to complete the Work as specified and shown in the Contract
Documents. The project also includes the relocation of existing gravity sewer, installation of
approximately 55 lineal feet of new 4-inch ductile iron forcemain, and connection of the new
forcemain to the existing forcemain.
SCOPE OVERVIEW
Specific tasks under this contract are shown below:
TASK 1 - PROJECT MANAGEMENT
PACE will be responsible for conducting ongoing coordination between the CITY and the
contractor as needed as well as overall project management.
Deliverables:
• PACE will assist the CITY during the construction bid process, prepare up to 2-addenda
and attend the bid opening. It is assumed that the CITY will manage the bid opening
meeting.
• PACE will prepare and provide a monthly status/progress reports itemized by task and
subtask, to the CITY, describing work performed by the PACE's project team during the
current reporting period.
TASK 2 - CONSTRUCTION ADMINISTRATION
Material Submittal Review
PACE will review contractor -provided material submittals to assure the proposed materials are
in accordance with the project's specifications. Copies of the submittal review documents will
be furnished to the CITY, the Contractor, and the Inspector.
Assumptions:
The time it takes to conduct the required material submittal/review process can vary widely
depending on the Contractor's chosen material submittal process. This scope and
associated fee assume a maximum of 25 items to review. Any additional hours that are
necessary due to multiple rounds of contractor submittals may be billed on a time and
expense basis.
59
Deliverables:
• One (1) pdf copy of initial contractor -provided material submittals with PACE
comments along with master submittal log.
• One (1) pdf copy of resubmittal contractor -provided material submittals with PACE
comments along with updated master submittal log.
Preconstruction Conference
PACE will work with the CITY to prepare a draft preconstruction meeting agenda for the CITY. It
is assumed that the CITY will facilitate and lead the preconstruction meeting, prepare meeting
minutes and distribute the minutes to attendees.
Deliverables:
• One (1) pdf copy of draft construction conference meeting agenda
Responding to Requests for Information (RFIs)
PACE will respond to RFIs from the Contractor as they pertain to design elements and existing
conditions shown on the contract plans and in the contract specifications as necessary.
Assumptions:
• The time it takes to conduct the required RFI reviews can vary widely depending on
the Contractor. For budgeting purposes PACE has estimated ten (10) RFI
responses. Any additional RFI responses that are necessary may be billed on a
time and expense basis.
• All RFI responses shall be provided to the contractor directly by the PACE through
email white cc'ing CITY staff.
• RFI's that are a result from a change of conditions in the field or outside the original
project design will be billed on a time and expense basis
Deliverables:
• Up to ten (10) RFI responses in pdf format.
Preparing Change Orders
PACE shall prepare all required Change Orders for CITY issuance as defined in the contract
specifications.
Assumptions:
• PACE shall coordinate with CITY on all proposed CHANGE ORDERS regardless of size
or scope. While PACE shall coordinate with CONTRACTOR on executing any required
change orders, CITY will approve prior to issuance.
60
• For budgeting purposes PACE has estimated two (2) Change Orders. Any additional
Change Order required responses that are necessary may be billed on a time and
expense basis.
Deliverables:
• Up to two (2) change orders in pdf format for execution by the CITY and the Contractor
in accordance with the project specifications.
Preparing Contractor Pay Requests
PACE will prepare Progress Payment Requests from the Contractor and transmit them to the
CITY's Project Manager for processing by the CITY. These payment requests will cover all
aspects of the work as outlined in the bid proposal. PACE's inspector will review and
coordinate with the CITY the actual quantities for payment for the requested work by CITY
staff.
Assumptions:
• For budgeting purposes PACE has estimated 8 contractor pay requests processed on
a monthly basis based on the proposed schedule and allowable working days in the
contract. Any additional contractor pay requests that are necessary may be billed on
a time and expense basis.
Deliverables:
• Up to eight (8) contractor pay requests in pdf format.
TASK 3 - CONSTRUCTION INSPECTION
PACE will provide limited construction inspection at critical stages of the project. It is assumed
there will be a maximum of 10 site visits to the project site. Inspection reports will be provided in
pdf format to the CITY and Contractor following each site visit.
TASK 4 - GEOTECHNICAL CONSTRUCTION SUPPORT
AESI will provide limited construction inspection at critical stages of the project
TASK 5 - ELECTRICAL CONSTRUCTION SUPPORT
Follet Engineers will provide limited construction inspection at critical stages of the project
TASK 6 - PROJECT CLOSEOUT
The PACE will assist the CITY in formal closeout of the project. Specific tasks include:
• Final site visit with CITY to develop final punch list to be provided to the contractor.
• Provide all required Substantial Completion correspondence in accordance with the
project specifications.
61
• Create record drawings of the project based on the redlined construction drawings
provided by the contractor as well as the PACE's field records. Record drawings will meet
CITY formatting requirements.
• Production of a Recommendation of Project Acceptance letter provided to the CITY.
The PACE team will perform the above -described services on a Time and Expense basis at their
2024 Rates with a not to exceed amount of $129,476, as shown on the attached spreadsheet. The
project budget will be tracked on the overall budget not by tasks which are for budget purposes
only.
END SCOPE OF WORK
62
City of Tukwila
City Council Transportation & Infrastructure Services Committee
Meeting Minutes
July 22, 2024, 5:30 p.m. - Hybrid Meeting; Duwamish Conference Room & MS Teams
Councilmembers Present: Armen Papyan, Chair; Dennis Martinez, Mohamed Abdi
Staff Present: Seong Kim, Adib Altallal, Griffin Lerner, Pete Mayer, Laurel Humphrey,
Joel Bush, Eric Compton, Bryan Still
1. BUSINESS AGENDA
A. Franchise Agreement: Wholesail Networks
Staff is seeking approval of an ordinance granting Wholesail Networks a Franchise Agreement
with a term of 5 years.
Committee Recommendation
Unanimous approval. Forward to August 5, 2024 Regular Consent Agenda.
B. Purchase Agreement: Large Water Meter Replacement
Staff is seeking approval to purchase eleven Sensus Large Water Meters in the amount of
$123,531.27.
Committee Recommendation
Unanimous approval. Forward to August 5, 2024 Regular Consent Agenda.
C. Construction Management Contract Amendment: Sewer Lift Station 5 Retrofit
Staff is seeking approval of a supplemental agreement with PACE Engineers in the amount of
$129,476.30 for the Sewer Lift Station 5 Retrofit project.
Committee Recommendation
Unanimous approval. Forward to August 5, 2024 Regular Consent Agenda.
D. Design Agreement: Sewer Lift Station 12 Upgrade
Staff is seeking approval of an agreement with Parametrix in the amount of $221,304.58 for
design of the Project.
Committee Recommendation
Unanimous approval. Forward to August 5, 2024 Regular Consent Agenda.
The meeting adjourned at 5:47 p.m.
AP
Committee Chair Approval
Minutes by LH
63